The U.S. Army Corps of Engineers, New York District, is seeking proposals for the Jacob Riis Park Bulkhead Repair project in Queens, New York. This Design-Build RFP outlines general requirements for the bulkhead replacement, repaving, and repair of storm drain pipes, with an estimated project cost between $25 million and $100 million. Key aspects include a 1600-calendar-day completion timeframe, strict work restrictions, detailed administrative requirements, and comprehensive project scheduling. Contractors must provide qualified personnel, adhere to safety regulations, maintain specific insurance coverage, and utilize Primavera P6 for schedule management. The RFP emphasizes partnering between the contractor and government, detailed reporting, and compliance with all federal and state regulations.
The U.S. Army Corps of Engineers Philadelphia District Dive Team conducted a visual and tactile underwater inspection of the bulkhead at Jacob Riis National Park from February 27 to March 2, 2023. This inspection, requested by the National Park Service, aimed to assess the bulkhead's condition for a preliminary rehabilitation design and cost estimate. The bulkhead, a steel sheet pile wall with tie rods, walers, timber piles, and a concrete cap, received an overall "Poor" rating, with some areas in "Serious" condition. Key deficiencies include voids and degraded concrete, holes in the sheet pile, exposed rebar, and loose tie rods no longer effectively retaining the steel sheeting. Numerous sinkholes on the landside of the concrete cap also pose safety hazards. The report emphasizes that localized areas of advanced deterioration significantly reduce the structural capacity, necessitating urgent repairs.
This document outlines Phase One of a Two-Phase design-build selection procedure for government construction contracts, adhering to Federal Acquisition Regulation (FAR) 36.3. It details the submission requirements and evaluation factors for interested firms, focusing on specialized experience and past performance. Offerors must provide specific project examples for both construction and design experience, meeting criteria for scope, complexity, and magnitude. Submissions must include forms for proposal data, relevant experience, and past performance questionnaires. Joint ventures have additional documentation requirements. The government will short-list a maximum of five offerors for Phase Two, where FAR Part 15 will apply. Key evaluation factors are Relevant Specialized Experience and Past Performance, both weighted equally. Proposals are rated as Outstanding, Good, Acceptable, Marginal, or Unacceptable, with an Unacceptable rating leading to disqualification. The document also defines terms like Deficiency, Weakness, and Strength, and specifies submission logistics, including email submission and deadlines.
This document outlines the Phase Two procedures for a two-phase design-build solicitation, in accordance with FAR 36.3. Only the top five Most Highly Qualified firms from Phase One are invited to submit proposals. The Government will award a firm fixed-price contract to the Offeror providing the Best Value Trade-Off, considering both Phase One and Phase Two evaluations. Non-price Factors 1-5 combined are approximately equal to price in importance. Factor 2 (Past Performance) is the most important non-price factor, followed by Factors 1, 3, and 4 (equal importance), with Factor 5 (Small Business Participation Plan) being the least important. Proposals will be evaluated on technical approach, concept design, contract duration, phasing, summary schedule, and small business participation. Price will be evaluated for fairness and reasonableness. The Government reserves the right to accept other than the lowest-priced offer and will not award to proposals with deficiencies.
This government solicitation, W912DS26RA005, issued by the U.S. Army Corps of Engineers, New York District, is a Request for Proposal (RFP) for Design-Build Construction Services for the National Park Service (NPS) Beach Channel Bulkhead at Jacob Riis Park, Queens, New York. The project, valued between $25 million and $100 million, is a competitive two-phase design-build best value tradeoff acquisition with a HUBZone price preference. Proposals are due by December 1, 2025, at 2:00 PM EST and must be submitted electronically to Monica Coniglio and Nicholas Emanuel. A Project Labor Agreement is required from the successful offeror before contract award. The solicitation emphasizes the contractor's responsibility for design quality, adherence to contract requirements, and liability for design errors. Key evaluation factors include past performance, which is the most important non-price factor.
Amendment 0002 for solicitation W912DS26RA005, for Design-Build Construction Services at Jacob Riis Park, Queens, New York, extends the electronic proposal submission due date to December 16, 2025, at 2:00 PM. It provides updated attachments, including revised evaluation factors and RFP documents. This amendment also clarifies that Amendment 0001 was not issued and that Amendment 0002 is the first. It incorporates FAR clause 52.222-33 Alt 1 regarding Project Labor Agreements by full text. Key clarifications include confirmation that an offer guarantee is required with the Phase Two submission, and no resumes or hard copies of Phase One proposals are needed. Relevant specialized experience must be within eight years of the solicitation date, and digital submissions are required. Joint Venture/Teaming Agreements should be in Volume I, Tab C, and a proposal cover sheet is mandatory.
This government solicitation outlines a two-phase design-build selection procedure for a firm-fixed-price contract, in accordance with Federal Acquisition Regulation (FAR) 36.3. Phase One requires interested firms (Offerors) to submit performance capability proposals, which will be evaluated based on specialized experience and past performance. No more than five Offerors will be short-listed for Phase Two. Key submission requirements for Phase One include forms for proposal data, relevant specialized experience, and past performance questionnaires. Proposals must adhere to strict formatting, page limits, and submission deadlines. Joint ventures have specific documentation requirements. The government reserves the right to engage with Offerors during Phase One to clarify submissions and will not cover proposal costs. This process aims to identify highly qualified firms to compete for the design-build contract.